Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SOLICITATION NOTICE

74 -- 100th Com Equipment - Product List

Notice Date
8/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B3C11210AC03
 
Point of Contact
Shannon Brown, Phone: 441638522085, Christopher Rene Davalos, Phone: 01638 52 2252
 
E-Mail Address
shannon.brown@lakenheath.af.mil, christopher.davalos@lakenheath.af.mil
(shannon.brown@lakenheath.af.mil, christopher.davalos@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Product List Combined Synopsis/Solicitation RFQ - 100th CS Equipment - Reference (F3B3C11210AC03) Requesting Agency: 100th Communication Squadron - 100th CS RAF Lakenheath, Brandon, Suffolk, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is subject to FAR 52.232-18, Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3B3C11210AC03. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 334111, Computers manufacturing. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 effective 31 May 2011 and Defense Federal Acquisition Regulation DPN 20110608 effective 8 June 2011. Potential bidders are to provide a quote for the items are outlined in the Specifications, which is included as an attachment to this solicitation. The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items (see addendum below) 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.222-50 Combating Trafficking in Persons 52.223-10 Waste Reduction Program 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.245-1 Alt I Government Property 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Department of Defense Federal Acquisition Regulations (DFAR): 252.204-7004 Alternate A (Required Central Contractor Registration) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To be considered for award, note that you or your company must be CCR registered and subsequently enrolled in WAWF for purpose of invoice/payment if awarded the contract. B. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph C - Quote Specifics. C. Quote Specifics: All quotes must include the following information: 1. Company's or individual's complete mailing and remittance address. 2. Discount for prompt payment - if any 3. Central Contractor Registration (CCR) CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (visit http://www.ccr.gov) 4. Quotes shall be quoted US Dollars ($) and must be valid for a period of no less than 30 days. 5. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 6. Quote shall be provided in US Dollars ($)AND include a unit price and total price for the all items on the spreadsheet. **See Attached Spreadsheet for Items** **All Mfg Part #'s or EQUAL** 7. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 ALT I, for additional direction. 8. All payments made under this contract will be made in US Dollars ($). 9. Please include delivery in the unit pricing to: Aaron Harp/Nathan Bullard 100 CS/SCXPR, Room 2 Building 586 RAF Mildenhall, Bury St Edmunds Suffolk, IP28 8ND United Kingdom D. Quotes are due to this office no later than 3:00p.m. Greenwich Mean Time, 2 September 2011. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to Shannon Brown, shannon.brown@lakenheath.af.mil; or the Christopher Davalos, christopher.davalos@lakenheath.af.mil. E. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (End Addendum) Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Technical capability and/or qualification(s) in meeting the Government's requirement. (Pictures and specifications of "OR EQUAL" items must be submitted for each item if quoting on items other than brand name 2. Price (b) Basis of Award: This is a competitive solicitation for quotations utilizing Best Value procedures in accordance with FAR Parts 12 and 13. The Government will award a contract to the responsible vendor whose quotation (conforming to the solicitation) will be most advantageous (e.g. Best Value) to the Government. Therefore, quotations should contain the vendor's best terms from a price and technical qualification standpoint. The Government reserves the right to conduct trade-offs between technical capability and price to determine the quotation that represents overall best value, and is most advantageous to the Government. This best value approach may allow contract award to a higher priced vendor, if a higher level of technical capability is determined to merit additional price. (End Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Specialist: Shannon Brown TEL: 01638-52-2085 or EM: shannon.brown@lakenheath.af.mil Secondary Point of contact: Contract Specialist: SSgt Christopher Davalos TEL: 01638-52-2252or EM: christopher.davalos@lakenheath.af.mil Attachment(s): F3B3C11210AC03 Item Description Mfg Part # Quantity "Or EQUAL" Model Specification UCS C210 M2 Srvr w/1PSU, w/o CPU, mem, HDD, DVD or PCIe card R210-2121605W 2 CISCO BROADCOM 5709 4PT 1GB NIC N2XX-ABPCI03 2 HDD slot blanking panel for UCS B-Series Blade Servers N20-BBLKD 20 Cable Mgmt Arm for R2XX-G31032RAIL for C200/C210 R2XX-CMAG3-1032 2 G3 shorter stronger Rail Kit for UCS 200, 210 Rack Servers R2XX-G31032RAIL 2 PCIe Full Height blanking panel for UCS C-Series Rack Server R200-PCIBLKF1 6 CPU heat sink for UCS C210 M1 Rack Server R210-BHTS1 4 650W power supply, w/added 5A Standby for UCS C200 or C210 R2X0-PSU2-650W-SB 2 1 Short SAS Cable for UCS C210 Server ( for SAS Expander) SASCBLSHORT-003 4 CISCO 300GB 6GB SAS 10K RPM A03-D300GA2 12 2.93GHz Xeon X5670 95W CPU/12MB cache/DDR3 1333MHz A01-X0102 4 Recessed receptical AC power cord 27 CAB-C13-C14-JMPR 4 8GB DDR3-1333MHz RDIMM/PC3-10600/dual rank 2Gb DRAMs N01-M308GB2 24 DVD-RW Drive for UCS C210 M1 Rack Servers R210-ODVDRW 2 SAS Pass-Thru Expander (srvr requiring > 8 HDDs) - C210 M1 R210-SASXPAND 2 650W power supply, w/added 5A Standby for UCS C200 or C210 R2X0-PSU2-650W-SB 2 Battery Back-up R2XX-LBBU2 2 LSI 6G MegaRAID 9261-8i card (RAID 0,1,5,6,10,60) - 512WC R2XX-PL003 2 UC SUPPORT 24X7X4OS UCSC210 M2Svr w/1PSU w/o CPU Mem HDD CON-UCS7-R210W 10 VNXE3300;2XSP DPE;15X3.5 DS;8X600GBSAS;AC;NO RACK V311D12AN15PM 1 3U DAE WITH 15X3.5 INCH DRIVE SLOTS V31-DAE-N-15 1 4200GB SAS DISK PACK (7 X 600GB 15K 3.5") V3-VS15-600-7 1 12TB SAS DISK PACK (6 X 2TB 7200RPM SAS DISKS) V3-VS07-020-6 2 2 C13 PWRCORDS W/ NEMA 5-15 PLUGS 125V 10A V13-PWR-12 2 VNXE3300 SOFTWARE FEATURES V31-SWFEATURE 1 VNXE3300 UNISPHERE 456-102-448 1 VNXE3300 ISCSI 456-102-449 1 VNXE3300 THIN PROVISIONING 456-102-451 1 VNXE3300 NFS 456-102-452 1 VNXE3300 SECURITY AND COMPLIANCE SUITE 456-102-453 1 VNXE3300 CIFS 456-102-455 1 VNXE3300 FILE DEDUPLICATION 456-102-456 1 VNXE BASESW INCL OE V2.0 2SP -EMC ECOSYS 457-100-347 1 ENHANCED SOFTWARE SUPPORT - PLATFORM/ELM 456-103-615 1 ENHANCED HARDWARE SUPPORT M-ENHSW-011 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B3C11210AC03/listing.html)
 
Record
SN02542858-W 20110821/110820000404-84c9c90bf629959340bf4481e8c4db21 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.